Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
MODIFICATION

V -- Department of Defense Freight Transportation Service (DFTS)

Notice Date
3/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
488510 — Freight Transportation Arrangement
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-15-R-R003
 
Point of Contact
Lindsay D. Carr, Phone: 6182207034, David M. Hoag, Phone: 6182207082
 
E-Mail Address
lindsay.d.carr.civ@mail.mil, david.m.hoag.civ@mail.mil
(lindsay.d.carr.civ@mail.mil, david.m.hoag.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Background The United States Transportation Command (USTRANSCOM) is the Distribution Process Owner (DPO) for the Department of Defense and is the single entity to direct and supervise execution of the strategic distribution system. The mission of USTRANSCOM is to provide full-spectrum global mobility solutions and related enabling capabilities for supported customers' requirements in peace and war. USTRANSCOM has a responsibility to improve the overall efficiency and interoperability of distribution related activities within the Department of Defense. USTRANSCOM is the contracting activity for surface transportation requirements. Description A requirement exists for transportation coordination services to support the United States Government (USG), Department of Defense (DoD), and DoD Contractors supporting DoD missions, such as the Joint Strike Fighter Program. Services encompass support from receipt of the shipment request through final payment for services rendered. Support will include management of shipments to ensure required transportation is successfully completed. Transportation support is required for Freight All Kinds (FAK) shipments including, but not limited to, First Destination Transportation (vendor shipments), Second Destination, Scheduled Routes, DLA Disposition Services (formerly known as DRMS), Unit Moves, Federal Emergency Management Agency (FEMA) support, Humanitarian/Contingency support, Foreign Military Sales (FMS) and surge shipments. First Destination Transportation shipments currently shipped under other contracts may be supported under this PWS as those contracts end. Contractor may be required to assist/provide Customs Brokerage support for shipments moved under this contract such as assisting shippers with customs documentation and clearances and identifying customs protocols. Services will be provided between various locations within the Continental United States (CONUS), including but not limited to Vendor Facilities, DOD warehouses or consolidation facilities, and US Armed Forces Bases/Camps/Posts. Pickup and delivery may occasionally be necessary in Alaska and Canada (OCONUS). Pickup locations may be revised, increased, or decreased dependent on DoD structural changes, alignments, operational tempo, and business process changes. Routes may include multiple stops and split pickups. Various equipment types will be required to meet mission requirements. Only single brokering is permitted for Less than Truckload (LTL), Truck Load (TL), and Scheduled trucks (no brokering restriction on air or rail shipments). The period of performance for this effort includes a two-year base period, three one-year option periods, two one-year award term option periods, and a six-month extension per FAR 52.217-8, Option to Extend Services. Base Year 1: 11 September 2015 - 10 September 2016 Base Year 2: 11 September 2016 – 10 September 2017 Option Year 1: 11 September 2017 – 10 September 2018 Option Year 2: 11 September 2018 – 10 September 2019 Option Year 3: 11 September 2019 – 10 September 2020 Award Term Option Year 1: 11 September 2020 – 10 September 2021 Award Term Option Year 2: 11 September 2021 – 10 September 2022 52.217-8 Option to Extend Services: 11 September 2022 – 10 March 2023 At contract start, the services identified above are required to support the Defense Logistics Agency (DLA) and the Defense Contract Management Agency (DCMA). Other government agencies may require these services over the course of the contract. The North American Industry Classification System (NAICS) code for this requirement is anticipated to be NAICS 488510, Freight Transportation Arrangement. The acquisition strategy of this requirement has yet to be determined. The solicitation for this acquisition will be released electronically and will be available only on the Federal Business Opportunities (FedBixOpps) website at www.fbo.gov. The Request for Proposal will be released on or about 13 March 2015. All responsible sources may submit a proposal which shall be considered by the agency. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-03-25 17:55:08">Mar 25, 2015 5:55 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-03-26 10:24:11">Mar 26, 2015 10:24 am Track Changes ------------------------------------------------------------------------------------------ RELEASE OF OFFICIAL SOLICITATION - 25 MARCH 2015 Attached is the official solicitation for the Department of Defense Freight Transportation Service (DFTS) requirement. Proposals are due on 26 May 2015 by 3:00pm Central Time. Below is a summary of changes incorporated in the official solicitation that differ from the draft solicitation previously posted. The period of performance for this effort remains a two-year base period, three one-year option periods, two one-year award term option periods, and a six-month extension per FAR 52.217-8, Option to Extend Services; however, the dates have been revised as follows: Base Year 1: 1 October 2015 - 30 September 2016 Base Year 2: 1 October 2016 - 30 September 2017 Option Year 1: 1 October 2017 - 30 September 2018 Option Year 2: 1 October 2018 - 30 September 2019 Option Year 3: 1 October 2019 - 30 September 2020 Award Term Option Year 1: 1 October 2020 - 30 September 2021 Award Term Option Year 2: 1 October 2021 - 30 September 2022 52.217-8 Option to Extend Services: 1 October 2022 - 31 March 2023 DFTS will be awarded as an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract to a single source utilizing a full and open best value strategy. Corporate Experience has been added as an evaluation factor. This factor will be rated on an Acceptable/Unacceptable basis. If Corporate Experience is determined unacceptable, the evaluation of the proposal will cease and no other factors or subfactors will be evaluated. As a result of adding this factor, RFP Attachment 11, Corporate Experience Table has been added. The relative order of importance for evaluation has been revised to state that Technical Capability is now more important than Past Performance. It remains that all rated evaluation factors (Technical Capability and Past Performance), when combined, are approximately equal to price. Price is evaluated but is not rated. All offerors are requested to provide a Quality Assurance Surveillance Plan (QASP) under Technical Capability, Subfactor 4 - Operational Support. The Pricing Rate Table, RFP Attachment 2 has been revised to provide offerors an opportunity to decrement the estimated Global Insight Index (GII) that will be applied to the second base year, three one-year options, and two one-year award terms to determine the total evaluated price. Instructions were revised to better explain how to submit pricing and corrections were made to address all errors in calculations found throughout the document. Further, the Scheduled Truck Tab, 2B5 - Scheduled Lanes was revised to better capture pricing for applicable requirements in accordance with PWS Appendix I, Scheduled Truck Routes. Questions/Feedback to the posted solicitation is appreciated and can be sent to Lindsay Carr at lindsay.d.carr.civ@mail.mil or Dave Hoag at david.m.hoag.civ@mail.mil. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-15-R-R003/listing.html)
 
Record
SN03680181-W 20150328/150326235405-918b0ae9a1f549e33012b331e5974fc7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.